SOURCES SOUGHT
A -- Time-Space-Position Optical Tracking (T-SPOT)
- Notice Date
- 12/11/2025 7:43:42 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-26-9-XX01
- Response Due
- 1/30/2026 1:30:00 PM
- Archive Date
- 02/14/2026
- Point of Contact
- Peter Jorg, John Mosby
- E-Mail Address
-
peter.l.jorg.civ@us.navy.mil, john.d.mosby.civ@army.mil
(peter.l.jorg.civ@us.navy.mil, john.d.mosby.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the Test Resource Management Center (TRMC), Test and Evaluation/Science and Technology (T&E/S&T) Program as a means of conducting market research to identify potential sources having the interest, skills, and ability to complete a thorough technology study and trade space analysis related to the viability of Time-Space-Position Optical Tracking (T-SPOT) for use on test ranges as a Time-Space-Position Information (TSPI) truth sensor in Global Navigation Satellite System (GNSS)-denied environments. This market research activity is intended to identify promising offerors who would then be encouraged to participate in future competitive procurement opportunities. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR A REQUEST FOR A SOLUTION (RFS) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT OR AN AGREEMENTAS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: Advancements in the accuracy of and increasing systematic reliance on GNSS-based navigation systems are proceeding apace. Given the integration of GNSS-based navigation systems within weapon systems, our adversaries are committing greater resources to jam/deny GNSS-based navigation systems. This in turn drives the need to test advanced GNSS-based navigation systems in GNSS jammed/spoofed/denied environments. There are two types of non-GNSS-based testing environments: live and anechoic chambers. TSPI truth sources for live non-GNSS-based testing are either of poor quality over a large test range or of moderate quality over a limited portion of the test range. Anechoic chambers, on the other hand, can provide high-quality TSPI, but the chamber itself limits System Under Test (SUT) mobility and environmental realism. Hence, there is a need for a highly accurate, non-GNSS-based TSPI system that can be deployed over a large test range. Novel TSPI truth sources are in constant jeopardy of being coopted for tactical use cases if they are suitable for navigation. An advantage of the T-SPOT concept is that reliance on pre-surveyed and potentially augmented range features (i.e., fiducials) provides separation between TSPI and navigation use cases. REQUIRED CAPABILITIES: The primary objective of a T-SPOT prototype effort would be to develop the system architecture, concept of operations (CONOPS), and comprehensive trade space analysis based on the results of modeling and simulation (M&S) of the future-state system. The intent of the effort would not be to deliver the fieldable system itself but rather to answer whether/how such a system would achieve its performance goals. Broadly, a future T-SPOT system must provide highly accurate 3D TSPI for SUTs by inferring/estimating SUT TSPI based on a comparison of known location of test range landmarks with the time-stamped imagery of landmarks within the field-of view (FOV) of one or more visual sensors on the SUT. The fact that the SUT-hosted sensor package is a passive receiver and that the terrestrial landmark features are also passive is a critical attribute of the system architecture in terms of scalability, flexibility, and cost. A future T-SPOT system should achieve 3D TSPI accuracy comparable to the accuracy of Real-Time Kinematic positioning (RTK) GNSS navigation systems. This TSPI solution should be generated in a near-continuous manner, notionally at an update rate comparable to GNSS navigation systems. The system should achieve full performance during daylight and in good visibility conditions, with the goal of operating at day and at night and in all-weather conditions. The system should support temporary and modular integration with airborne SUTs operating at altitudes typical for the operation of US Air Force cargo and single engine training aircraft, with the goal of supporting SUTs closer to/on the ground. The system should minimize its Size, Weight, and Power (SWaP) budget for integration with crewed aircraft, with the goal of supporting integration with small Uncrewed Aerial Systems (UAS). In addition to the sensor hardware hosted on the SUT, a future T-SPOT system should rely on terrestrial features solely comprised of passive landmarks (no active emissions; no required power). The system may employ �synthetic� landmarks (e.g., purposely installed fiducials) and/or pre-existing landmarks (of either natural or human origin). While the system must operate independently of GNSS, GNSS may be used pre- and post-test (i.e., for landmark surveying). A successful deliverable for this prototype effort would answer the following questions, as well as other relevant questions that are not currently captured below: Is integration with an Inertial Measurement Unit (IMU) necessary or desirable? If incorporated, what IMU performance parameters are most important? How should system time be measured? What type(s), quantity, and quality of visual sensors are needed? How should visual sensor FOV orientation be maintained during SUT maneuvers? How does SUT speed, acceleration, and altitude drive visual sensor performance and rate of data capture? What update rate is achievable for a near-continuous TSPI solution? How much data storage at the sensor is required assuming local storage? How does SUT speed, acceleration, and altitude drive landmark distribution density? If synthetic landmarks are required, how will sufficient orthogonality be achieved? By what process and on what periodicity should the landmarks be surveyed? How does TSPI accuracy trade against the performance variables of the SUT, visual sensor, and landmarks? Assuming the T-SPOT concept has merit for the range TSPI use case, a successful deliverable for a prototype effort would lay the foundation for a possible family of future range systems, each optimized for a particular region of the overall trade space. ACQUISITION STRATEGY - PLANNING INFORMATION: Contract Vehicle: The anticipated contract vehicle for competitive award is the Training & Readiness Accelerator II (TReX-II); see https://www.trexii.org/. Eligibility: Respondents must verify their eligibility for membership in the TReX-II consortium prior to responding to this SSN; see https://www.trexii.org/how-to-join/membership-application/. North American Industry Classification System (NAICS): The applicable NAICS and Product Service Code (PSC) entries for this requirement are shown below in Table 1 and Table 2. Table 1. Applicable NAICS Entries. Code Description 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing 541330 Engineering Services 541370 Surveying and Mapping (except Geophysical) Services 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) 611310 Colleges, Universities, and Professional Schools Table 2. Applicable PSC Entries. Code Description AC12 National Defense R&D Services; Department of Defense - Military; Applied Research AC13 National Defense R&D Services; Department of Defense - Military; Experimental Development Contract Type: The anticipated contract type will be a Prototype Other Transaction (OT) Agreement; see https://www.acq.osd.mil/asda/dpc/cp/policy/docs/guidebook/TAB%20A1%20-%20DoD%20OT%20Guide%20JUL%202023_final.pdf. SUBMISSION DETAILS: Interested businesses shall submit a capability statement (10 pages maximum) demonstrating their ability to fulfill the functions and tasks described herein. Your response to this Sources Sought Notice shall be electronically submitted to the Agreements Specialist via email, monica.j.escalante.civ@army.mil, with a copy (Cc) to the Technical Point of Contract (TPOC) via email, peter.l.jorg.civ@us.navy.mil, no later than 4:00 p.m. (EST) on 20 February 2026 and reference the System for Award management (SAM) notice number and title in the subject line of the e-mail and on all enclosed documents. Responses shall either use most current Microsoft Office compatible format (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats. Responses shall be in sufficient detail for the Government to determine that your business possesses the necessary functional area expertise and experience to compete for this acquisition. Information and materials submitted in response to this request WILL NOT be returned. All information and/or materials received in response to this Sources Sought Notice that are marked or designated as corporate or proprietary will be fully protected from any release outside the Government. DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this Sources Sought Notice should consist of the following: Your organization�s degree of familiarity and specific experience TSPI/navigation related systems, modeling and simulation (M&S), model-based engineering (MBE), photogrammetry, machine vision, sensor fusion, Kalman filters, or other relevant topics based on the T-SPOT goals. A tailored capability statement addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. A statement indicating if your organization is a large or small business under one of the NAICS codes listed above in Table 1; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)]. A statement confirming that your organization is a US-based entity eligible for participation in TReX-II. A statement indicating whether your organization is a current member of the TReX-II consortium or a member of any Other Transaction Authority (OTA) consortium managed by Advanced Technology International (ATI), see https://www.ati.org/. Examples of related/relevant prior work accomplished.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/45b6d0460748430792d06018aaabf361/view)
- Place of Performance
- Address: FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN07664214-F 20251213/251211230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |